Award

Measured Term Contract for Controlled Door Entry Systems and Associated Works 2019 - 2021

NORTH LANARKSHIRE COUNCIL

This public procurement record has 2 releases in its history.

Award

01 Mar 2019 at 00:00

Tender

14 Sep 2018 at 00:00

Summary of the contracting process

North Lanarkshire Council is conducting a procurement process for the "Measured Term Contract for Controlled Door Entry Systems and Associated Works 2019 - 2021", classified under the services category. This open tender includes two lots: installation of security doors and entry systems, and periodic servicing and maintenance of these systems. The tender was first initiated on 14 September 2018, with a submission deadline on 16 October 2018. The contract value is approximately £1.8 million, and it covers works predominantly in the Motherwell area, UK.

This tender presents substantial opportunities for businesses in the security and construction sectors, particularly for those specialising in door entry systems and security installations. Small to medium-sized enterprises (SMEs) and contractors with experience in similar projects, especially those with a focus on community benefits and local workforce engagement, would be well-suited to compete. The successful firms will have the chance to contribute to enhancing security in public properties while potentially expanding their market presence within the region.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Measured Term Contract for Controlled Door Entry Systems and Associated Works 2019 - 2021

Notice Description

This tender documentation is for the provision of a contract for Controlled Entry Systems and Associated Works 2019-2021. This procurement exercise is being carried out as two separate lots:- Lot 1 - installation of security doors, door entry systems and associated works to various low and high rise properties as detailed within the tender drawings and specification Lot 2 - periodic servicing, maintenance and repair of Door Entry systems and priority coded ad-hoc response orders for repair works necessitated by vandalism and sundry other repair works which may be instructed by the Contract Administrator. This will include all minor routine repairs and/or renewals of any component whether minor or major (i.e. including the replacement of doors, entry panels, handsets etc. as necessary), and the provision of a call out repair service to all properties listed.

Lot Information

installation of security doors, door entry systems and associated works

Lot 1 - installation of security doors, door entry systems and associated works to various low and high rise properties as detailed within the tender drawings and specification

Renewal: The Authority reserves the right to extend the Contract for a further period of 6 months plus a further 6 months. Unless terminated at an earlier date by operation of Law or in accordance with the Conditions of Contract, the Contract will terminate at the end of the term.

Periodic servicing, maintenance and repair of Door Entry systems

Lot 2 - periodic servicing, maintenance and repair of Door Entry systems and priority coded ad-hoc response orders for repair works necessitated by vandalism and sundry other repair works which may be instructed by the Contract Administrator. This will include all minor routine repairs and/or renewals of any component whether minor or major (i.e. including the replacement of doors, entry panels, handsets etc. as necessary), and the provision of a call out repair service to all properties listed.

Renewal: The Authority reserves the right to extend the Contract for a further period of 6 months plus a further 6 months. Unless terminated at an earlier date by operation of Law or in accordance with the Conditions of Contract, the Contract will terminate at the end of the term.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000557239
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR347064
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
OJEU - F3 - Contract Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

42 - Industrial machinery


CPV Codes

42961100 - Access control system

Notice Value(s)

Tender Value
£1,800,000 £1M-£10M
Lots Value
£1,800,000 £1M-£10M
Awards Value
Not specified
Contracts Value
£1,800,000 £1M-£10M

Notice Dates

Publication Date
1 Mar 20196 years ago
Submission Deadline
16 Oct 2018Expired
Future Notice Date
Not specified
Award Date
21 Jan 20197 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Not Specified
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
NORTH LANARKSHIRE COUNCIL
Contact Name
Derek Scott
Contact Email
scottde@northlan.gov.uk, stewartpa@northlan.gov.uk
Contact Phone
+44 1698403947, +44 1698520415

Buyer Location

Locality
MOTHERWELL
Postcode
ML1 1AB
Post Town
Motherwell
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM3 West Central Scotland
Small Region (ITL 3)
TLM34 North Lanarkshire
Delivery Location
TLM84 North Lanarkshire

Local Authority
North Lanarkshire
Electoral Ward
Motherwell South East and Ravenscraig
Westminster Constituency
Motherwell, Wishaw and Carluke

Supplier Information

Number of Suppliers
2
Supplier Names

FORTRESS SECURITY

SPIE SCOTSHIELD

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-r6ebe6-0000557239-2019-03-01T00:00:00Z",
    "date": "2019-03-01T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000557239",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-21",
            "name": "North Lanarkshire Council",
            "identifier": {
                "legalName": "North Lanarkshire Council"
            },
            "address": {
                "streetAddress": "Civic Centre, Windmillhill Street",
                "locality": "Motherwell",
                "region": "UKM84",
                "postalCode": "ML1 1AB"
            },
            "contactPoint": {
                "name": "Derek Scott",
                "email": "scottde@northlan.gov.uk",
                "telephone": "+44 1698403947",
                "faxNumber": "+44 1698275125",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.northlanarkshire.gov.uk"
            }
        },
        {
            "id": "org-236",
            "name": "North Lanarkshire Council",
            "identifier": {
                "legalName": "North Lanarkshire Council"
            },
            "address": {
                "streetAddress": "Civic Centre, Windmillhill Street",
                "locality": "Motherwell",
                "region": "UKM84",
                "postalCode": "ML1 1AB"
            },
            "contactPoint": {
                "email": "stewartpa@northlan.gov.uk",
                "telephone": "+44 1698520415",
                "url": "http://"
            },
            "roles": [
                "buyer",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.northlanarkshire.gov.uk"
            }
        },
        {
            "id": "org-356",
            "name": "SPIE Scotshield Limited",
            "identifier": {
                "legalName": "SPIE Scotshield Limited"
            },
            "address": {
                "streetAddress": "1 Rutherglen Links, Rutherglen Links Business Park,",
                "locality": "Glasgow",
                "region": "UKM84",
                "postalCode": "G73 1DF"
            },
            "contactPoint": {
                "telephone": "+44 1416137400",
                "faxNumber": "+44 8448094341"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "url": "http://"
            }
        },
        {
            "id": "org-325",
            "name": "Fortress Security Ltd",
            "identifier": {
                "legalName": "Fortress Security Ltd"
            },
            "address": {
                "streetAddress": "6 Langlands Street",
                "locality": "Kilmarnock",
                "region": "UKM93",
                "postalCode": "KA1 2AH"
            },
            "contactPoint": {
                "telephone": "+44 1563533222",
                "faxNumber": "+44 1563532656"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "url": "http://"
            }
        }
    ],
    "buyer": {
        "name": "North Lanarkshire Council",
        "id": "org-236"
    },
    "tender": {
        "id": "HO MM 18 050",
        "title": "Measured Term Contract for Controlled Door Entry Systems and Associated Works 2019 - 2021",
        "description": "This tender documentation is for the provision of a contract for Controlled Entry Systems and Associated Works 2019-2021. This procurement exercise is being carried out as two separate lots:- Lot 1 - installation of security doors, door entry systems and associated works to various low and high rise properties as detailed within the tender drawings and specification Lot 2 - periodic servicing, maintenance and repair of Door Entry systems and priority coded ad-hoc response orders for repair works necessitated by vandalism and sundry other repair works which may be instructed by the Contract Administrator. This will include all minor routine repairs and/or renewals of any component whether minor or major (i.e. including the replacement of doors, entry panels, handsets etc. as necessary), and the provision of a call out repair service to all properties listed.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "42961100",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM84"
                    },
                    {
                        "region": "UKM84"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "id": "42961100",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM84"
                    },
                    {
                        "region": "UKM84"
                    }
                ],
                "relatedLot": "2"
            }
        ],
        "value": {
            "amount": 1800000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://publiccontractsscotland.gov.uk/",
        "tenderPeriod": {
            "endDate": "2018-10-16T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2018-10-16T12:00:00Z"
        },
        "documents": [
            {
                "id": "SEP331362",
                "documentType": "contractNotice",
                "title": "Measured Term Contract for Controlled Door Entry Systems and Associated Works 2019 - 2021",
                "description": "This tender documentation is for the provision of a contract for Controlled Entry Systems and Associated Works 2019-2021. This procurement exercise is being carried out as two separate lots:- Lot 1 - installation of security doors, door entry systems and associated works to various low and high rise properties as detailed within the tender drawings and specification Lot 2 - periodic servicing, maintenance and repair of Door Entry systems and priority coded ad-hoc response orders for repair works necessitated by vandalism and sundry other repair works which may be instructed by the Contract Administrator. This will include all minor routine repairs and/or renewals of any component whether minor or major (i.e. including the replacement of doors, entry panels, handsets etc. as necessary), and the provision of a call out repair service to all properties listed.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP331362",
                "format": "text/html"
            },
            {
                "id": "SEP331362-1",
                "title": "Tender Document (PDF copy)",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=SEP331362&idx=1",
                "datePublished": "2018-09-17T08:35:42Z",
                "dateModified": "2018-09-17T08:35:42Z",
                "format": "application/pdf"
            },
            {
                "id": "SEP331362-2",
                "title": "Tender Documents (MS Word)",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=SEP331362&idx=2",
                "datePublished": "2018-09-17T08:35:42Z",
                "dateModified": "2018-09-17T08:35:42Z",
                "format": "application/x-zip-compressed"
            },
            {
                "id": "SEP331362-3",
                "title": "Lot 1 Documents",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=SEP331362&idx=3",
                "datePublished": "2018-09-17T08:35:42Z",
                "dateModified": "2018-09-17T08:35:42Z",
                "format": "application/x-zip-compressed"
            },
            {
                "id": "SEP331362-4",
                "title": "Lot 2 Documents",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=SEP331362&idx=4",
                "datePublished": "2018-09-17T08:35:42Z",
                "dateModified": "2018-09-17T08:35:42Z",
                "format": "application/x-zip-compressed"
            },
            {
                "id": "SEP331362-5",
                "title": "Document supercedes the Appendix C included within ITT uploaded on 17/09/2018.",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=SEP331362&idx=5",
                "datePublished": "2018-09-27T09:35:23Z",
                "dateModified": "2018-09-27T09:35:23Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "MAR347064",
                "documentType": "awardNotice",
                "title": "Measured Term Contract for Controlled Door Entry Systems and Associated Works 2019 - 2021",
                "description": "This tender documentation is for the provision of a contract for Controlled Entry Systems and Associated Works 2019-2021. This procurement exercise is being carried out as two separate lots:- Lot 1 - installation of security doors, door entry systems and associated works to various low and high rise properties as detailed within the tender drawings and specification Lot 2 - periodic servicing, maintenance and repair of Door Entry systems and priority coded ad-hoc response orders for repair works necessitated by vandalism and sundry other repair works which may be instructed by the Contract Administrator. This will include all minor routine repairs and/or renewals of any component whether minor or major (i.e. including the replacement of doors, entry panels, handsets etc. as necessary), and the provision of a call out repair service to all properties listed.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR347064",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "title": "installation of security doors, door entry systems and associated works",
                "description": "Lot 1 - installation of security doors, door entry systems and associated works to various low and high rise properties as detailed within the tender drawings and specification",
                "status": "complete",
                "value": {
                    "amount": 400000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "End User Satisfaction",
                            "description": "25%"
                        },
                        {
                            "type": "price",
                            "description": "60%"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 360
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The Authority reserves the right to extend the Contract for a further period of 6 months plus a further 6 months. Unless terminated at an earlier date by operation of Law or in accordance with the Conditions of Contract, the Contract will terminate at the end of the term."
                }
            },
            {
                "id": "2",
                "title": "Periodic servicing, maintenance and repair of Door Entry systems",
                "description": "Lot 2 - periodic servicing, maintenance and repair of Door Entry systems and priority coded ad-hoc response orders for repair works necessitated by vandalism and sundry other repair works which may be instructed by the Contract Administrator. This will include all minor routine repairs and/or renewals of any component whether minor or major (i.e. including the replacement of doors, entry panels, handsets etc. as necessary), and the provision of a call out repair service to all properties listed.",
                "status": "complete",
                "value": {
                    "amount": 1400000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "End User Satisfaction",
                            "description": "25%"
                        },
                        {
                            "type": "price",
                            "description": "60%"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 360
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The Authority reserves the right to extend the Contract for a further period of 6 months plus a further 6 months. Unless terminated at an earlier date by operation of Law or in accordance with the Conditions of Contract, the Contract will terminate at the end of the term."
                }
            }
        ],
        "lotDetails": {
            "maximumLotsBidPerSupplier": 2147483647
        },
        "bidOpening": {
            "date": "2018-10-16T12:00:00Z"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed"
        },
        "coveredBy": [
            "GPA"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "If required by the member state, Bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established."
                },
                {
                    "type": "economic",
                    "description": "Determination of the Bidders financial status requires that in addition to the turnover limits stated below, all Bidders evidence the equivalent of Equifax ScoreCheck Grade of D- or above. Bidders who commenced trading within the last three years and therefore unable to provide information for the timeframe stipulated must detail the date they started trading within their submission. Any Bidder unable to demonstrate the required turnover to the Councils satisfaction will be excluded. It is recommended the Bidders review their own ScoreCheck Grade in advance of returning their Bidders Submission. If following this review, Bidders consider that the ScoreCheck Grade does not reflect their current financial status; the Bidder should give a detailed explanation at Question 4B.6 of the ESPD within the Bidders Response, together with any relevant supporting independent evidence. The Council will review any such information as part of the evaluation of the Bidder's financial status. Where the Bidder is under no obligation to publish accounts and therefore does not have a ScoreCheck Grade or equivalent rating, they must provide their audited financial accounts for the previous two years as part of their Bidders Submission in order that the Council may assess these to determine the suitability of the Bidder to undertake a contract or contracts of this size. This assessment will consider whether or not there is any significant financial risk identified. It is a requirement of this contract that Bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below. Bidders will also be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. If the Bidder has decided to subcontract a part of the contract and relies on the subcontractor's capacities and capabilities to perform that part then a separate ESPDS for such subcontractors must be completed. This question should not be scored",
                    "minimum": "In order to undertake the above assessment, bidders should provide its average yearly turnover over the last three years, and, as detailed in the contract notice, this figure must be in excess of 800,000GBP for Lot 1 and in excess of 2,800,000GBP for Lot 2 and in excess of 3,600,000GBP for both lots of this procurement. Determination of the Bidders financial status requires that in addition to the turnover limits stated below, all Bidders evidence the equivalent of Equifax ScoreCheck Grade of D- or above. Employers (Compulsory) Liability Insurance = 10,000,000GBP Public Liability Insurance = 5,000,000GBP Product Liability Insurance = 5,000,000GBP Contractors All Risk Insurance = 10,000,000GBP The Bidder response to these questions for Economic and Financial Standing will be evaluated as follows: Pass = response is compliant with the minimum requirement stated in the Contract Notice section 3.1.2 (Economic and Financial Standing). Fail = response is not compliant with the minimum requirement stated in the Contract Notice section 3.1.2 (Economic and Financial Standing)"
                },
                {
                    "type": "technical",
                    "description": "4.C.1 Bidders will be asked to demonstrate that they have relevant experience to deliver the works in relation to this procurement. Bidders must be able to provide examples, to the satisfaction of the Council showing experience within the last five years. Any Bidder unable to fulfil this requirement will be excluded. 4.C.4 Bidders will be required to confirm that they have (or have access to) the relevant supply chain management systems used by them to deliver the requirements detailed in 11.2.4. 4.C.7 Bidders will be required to confirm that they will employ environmental management measures to meet the following requirements: Carbon Reduction, Waste Reduction, Energy Efficiency. 4.C.9 Bidders will be required to demonstrate that they have (or have access to) the relevant tools, plant or technical equipment to deliver the requirements detailed in 11.2.4.",
                    "minimum": "Bidders must achieve a minimum score of 2 in each of questions 4.C1-9 to meet the Council minimum standard for technical and professional ability, if the score in any question falls below 2 this will be deemed a failure to meet the council's minimum standard and the Bid will be disregarded The scoring rationale of the evaluation panel for question 4C.1, 4, 7, & 9 is as follows; Score -definition 0 Unacceptable - Nil or inadequate response. Fails to demonstrate experience of having carried out similar supplies or services within the last 5 years 1 Poor - Response is partially relevant and poor. The response addresses some elements of the requirement but contains insufficient/limited detail or explanation to demonstrate experience of having carried out similar supplies or services within the last 5 years 2 Acceptable - Response is relevant and acceptable but lacks detail in certain areas to demonstrate experience of having carried out similar supplies or services within the last 5 years 3 Good- Response is relevant and good. The response is sufficiently detailed to demonstrate experience of having carried out similar supplies or services within the last 5 years 4 Excellent - Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates a thorough experience of having carried out similar supplies or services within the last 5 years. 4C.10 - If the bidder has decided to subcontract a part of the contract and relies on the subcontractor's capabilities to perform that part then a separate ESPD for such subcontractors must be completed for sections: Part II information concerning the bidder A: Information about the bidder B: Information about representatives of the bidder Part III Exclusions Grounds A: Grounds relating to criminal convictions B: Grounds relating to the payment of taxes or social security contributions C: Blacklisting D: Grounds relating to insolvency, conflicts of interests or professional misconduct Part IV Selection Criteria (only the sections that the entity is being relied upon)"
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "classification": {
            "id": "42961100",
            "scheme": "CPV"
        },
        "hasRecurrence": false,
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "description": "Bidders should note Appendix M \"Declaration of Non-involvement in Serious Organised Crime\" - Failure to provide the information requested and in the format required may result in exclusion from the procurement Bidders should note that both Section 9 Quality Questionnaire and Section 10 Selection Stage Document 2 Bidders Response (ESPD) must be fully completed to ensure tender submission is considered complete. Failure to fully complete all questions may result in submission being deemed non-compliant. (SC Ref:570821)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000557239"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000557239"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "HO MM 18 050-1",
            "title": "Periodic servicing, maintenance and repair of Door Entry systems",
            "suppliers": [
                {
                    "id": "org-356",
                    "name": "SPIE Scotshield Limited"
                }
            ],
            "relatedLots": [
                "2"
            ]
        },
        {
            "id": "HO MM 18 050-2",
            "title": "installation of security doors, door entry systems and associated works",
            "suppliers": [
                {
                    "id": "org-325",
                    "name": "Fortress Security Ltd"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "HO MM 18 050-1",
            "awardID": "HO MM 18 050-1",
            "title": "Periodic servicing, maintenance and repair of Door Entry systems",
            "status": "active",
            "value": {
                "amount": 1400000,
                "currency": "GBP"
            },
            "dateSigned": "2019-01-21T00:00:00Z"
        },
        {
            "id": "HO MM 18 050-2",
            "awardID": "HO MM 18 050-2",
            "title": "installation of security doors, door entry systems and associated works",
            "status": "active",
            "value": {
                "amount": 400000,
                "currency": "GBP"
            },
            "dateSigned": "2019-03-01T00:00:00Z"
        }
    ],
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2018/S 179-405850"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "537",
                "measure": "bids",
                "value": 7,
                "relatedLot": "2"
            },
            {
                "id": "538",
                "measure": "smeBids",
                "value": 2,
                "relatedLot": "2"
            },
            {
                "id": "539",
                "measure": "bids",
                "value": 7,
                "relatedLot": "1"
            },
            {
                "id": "540",
                "measure": "smeBids",
                "value": 2,
                "relatedLot": "1"
            }
        ]
    }
}